Loading...
HomeMy WebLinkAboutContract 49172 CITY SECRETARY CONTRACT NO. Developer and Project Information Cover Sheet: Developer Company Name: Pate Ranch Single Family, LP Address, State,Zip Code: 10210 N. Central Expressway, Suite 300, Dallas,Texas 75231 Phone&Email: (972) 385-4120 Authorized Signatory, Title: Julian Hawes,Jr.Vice President of its Administrator Project Name: Tavolo Park Phase 1 and Harris Parkway Brief Description: Water, Sewer,Paving, Storm Drain, Street Light and Traffic Signal to Serve: Phase 1 (181 Single Family Lots)+Quail Ridge Drive, Candlehill Lane and Harris Parkway Project Location: South of Altamesa Blvd. &West of Chisholm Trail Plat Case Number: FP-16-050 Plat Name: Tavolo Park Mapsco: 102,BCFG Council District: 6 City Project Number: 100549/ 100424 CFA Number: 2017-003 DOE Number: None To be completed by staff: Received by: ! Date: n o, 0o o 1 cn � to n del L O� I City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkwa vOFFICIAL RECORD CFA Official Release Date:01.03.2017 1 3� OCRIM- AIM Page 1 of 11 ?Wc*-."V STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Pate Ranch Single Family, LP, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Tavolo Park - Phase 1 & Harris Parkway ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future Citi participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Cotmnunity Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide fiancial security in conformance with paragraph 6, Sect on II, of the Policy and recognizes hat there shall be no reduction in the collateral until t Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) © Sewer(A-1) ®, Paving (B) ®, Storm Drain(B-1) ®, Street Lights & Signs (C) M. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance andl repair of the constructed infrastructure during the ter�i of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. Vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in te relocation of any utilities that are or maybe in conflict with any of the community facilities be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character,whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or danrazes are caused, in whole or in part, by the alleg-ed ne,-Ii,-ence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein,whether or not such iniuries, death or damag-es are caused, in whole or in part, by the allezed neglikence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the wrk and construct the improvements in a good and workmanlike manner, free from def�cts in conformance with the Policy,Y, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storin drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2) yeas from the date of this Agreement(and any extension pe od) the Improvements ha e not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLAND City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 7 of 11 Cost Summary Sheet Project Name: Tavolo Park-Harris Parkway CFA No.: 2017-002 City Project No.: 100549, 100424 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 1,089,893.30 2.Sewer Construction $ 924,953.20 Water and Sewer Construction Total $ 2,014,846.50 B. TPW Construction 1.Street $ 2,726,377.75 2.Storm Drain $ 2,904,377.50 3.Street Lights Installed by Developer $ 381,292.50 4. Signals $ 231,008.10 TPW Construction Cost Total $ 6,243,055.85 Total Construction Cost(excluding the fees): $ 8,257,902.35 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 40,296.93 D. Water/Sewer Material Testing Fee(2%) $ 40,296.93 Sub-Total for Water Construction Fees $ 80,593.86 E. TPW Inspection Fee(4%) $ 225,230.21 F. TPW Material Testing(2%) $ 112,615.11 G. Street Light Inspsection Cost $ 15,251.70 H. Signals Inspection Cost $ 9,240.32 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 362,337.34 Total Construction Fees: $ 442,931.20 Choice Financial Guarantee Options,choose one Amount (Mark one) Bond=100% $ 8,257,902.35 Completion Agreement= 100%/Holds Plat $ 8,257,902.35 x Cash Escrow Water/Sanitary Sewer=125% $ 2,518,558.13 Cash Escrow Paving/Storm Drain= 125% $ 7,803,819.81 Escrow Pledge Agreement=125% $ 2,000,000.00 x City of Fort Worth, Texas Standard Community Facilities Agreement-Tavolo Park—Harris Parkway CFA Official Release Date: 01.03.2017 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Pate Ranch Single Family,LP BY TlIG Agit /&jc i S;,n it Fon;l7 I&Jty,ILC- 1 - itl SOY: Jesus J. Chapa Assistant ity Manager Date: 1 F: 7) NaJul JH'a es,Jr. Tit Vi e Pnt of PRA Pate Ranch GP Recommended by: LLC its A or Date: 441/7 Wendy Chi-Babulal, EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Water Department Lp, („', ti Signature Dcu­gI4 W. Wiersig, P.E. Name: Director Transportation& Public Works Department Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Richard A. McCracken requirements. Assistant City Attorney M&C No. P/A JJ Date: /o Iizl�7 Form 1295: rJ)w Name: Title: ATTEST: OF F®RT� U 4 Ma J. ys � ®FFICIAL RECORD City Secretary AS CITY SECRETARY FI'.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ©` Attachment 1 - Changes to Standard Community Facilities Agreement ❑X Location Map Exhibit A: Water Improvements © Water Cost Estimate ❑X Exhibit A-1: Sewer Improvements ❑X Sewer Cost Estimate © Exhibit B: Paving Improvements ❑X Paving Cost Estimate FX1 Exhibit B-1: Storm Drain Improvements © Storm Drain Cost Estimate 7Exhibit C: Street Lights and Signs Improvements ❑X Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) I City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 10 of 11 ATTACI ENAENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100549, 100424 None City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 1 and Harris Parkway CFA Official Release Date: 01.03.2017 Page 11 of 11 Q z W � QQ U L.-) I- O O z > v � z A N:-cnH - - - lz�>a 0 (y (— w LLI Ix N a / Z A ? - W --. In O d n i3 X N L O 3 t O N- � p M LL cq N^w �c . T N c N N O m 0 6MP'dVW KUNDIA\O7J\pauigwoO\sl!gigx3\y33\s6u'MeJO\ZOO\u6isaO\TS6T\006T00\OOSuogonpoad\:9:H1Vd3lId Wd TZ-£:1V_TOZ'9T gPJeW'Aepsingl:NO Ined'asnej>l:A8 O311O1d C) Z N w LU AQ $o Q W ! SO W a � o �— > C L OQ 11 0 o � m � 0 CL —� r. Aa U O LU � W O Q 20I } 44 o � e W4 rA r/) ti m - s LOQ OwPL4 F- 00 aOn 00 H C41) � 3 ISO"Gn O Hwy P., H fit w O � QH as �II a a j x 0 0 0 LL N 0_ � 00 M LL M �^w j X 0C D C Q T N 0 L 6mp•lLLn\pyo\PaulgwoO\sa;glqx3\V30\soulMe,p\Z0O\u61saO\TS6T\006T00\OOSuoppnpad\:9:H.LVd3lI3 Wd 6b:£:1V LTOZ'9T y»eW'Aepsingl:NO Ined'asnei)l:A9 O3.LLOld � z cW f � G � a o W CIO �vwwa O w wed � — � _ Lrlm t a 0 X w Q � H U-i N r C> Q I7Id C!] ! M `� z 1 X11 C E O° �� ✓ G7 <DO a CA v�� a Le) x t or f s OC } "j Cl CIO !4 � a EX a 0 _ TZ 3 3 0 N 00 m u N� g C j `5 W . t- } 47 r C 4 > 4 (D O ! to O 6nap,lLLn\QyD\pau!gwo0\sl!q!4x3\V-�D\s6u!MeJO\ZOO\u6!saq\TS6T\D06TOD\OOSuo!.pnpad\:0:H1Nd3lH Wd bZ:b:lb ZTDZ'9T gveW'Aepsm4l:NO!ned'asnejN:.le 03JJAld - - _ C) (/) WO o Lc p O Ln �::. O CL WZ � o o a 00 CO -� W J V� f!ii AQenuyed suieN i j'l//� � N ``•^' V OQ Q a O�/ ( ;; m� s . = a 00 r � o w CD l � k4 0 O N� o m— ch �^c .,m N c N Q N 3 6 m o 6Mp•9NIAVd\Oy0\saiqlgx3\Vd9\s6uIMejO\Z00\u51s90\TS6T\006T00\OoSuoipnpojd\:9:H-LVdDlId Wd£b:t,:1V LTOZ'9T goAeW'Aepsingl:NO Ined'asned)l:A9 031LO1d W Nq o W � q N Up N Q o i I O ts, rx U O A-. U P CL4 C4 U V) m J C-4 Q � F— q P-40 x Q < w � CD 4 0 r-- 6 O P-4 cn (� r �emw a -ey U 7 E— f F- v) a v1 `fl aCn in. CA 1 rt v, 'nq Mq � a ate % Gun) o w aIx yNq U a P. - —_ _ cq ate.__ f a��o asP!a ue�ti i a �"� � O U ��!2 W '✓Y '` �y j� Q ,''��.- Q q - N U q q r / CD ' a CD O U00 In. ra O a E Q ` i v s ONS O� O M� N r C N Q T yy � R O a0 O 6mp"iLLn\OyD\pauigwoO\si!qiqx3\Vd:)\s6uimeJO\Z00\u6isa(3\TS6T\006T00\OOSuoipnpoad\:D:H-LVd3lTd Wd TO:S:1V LTOZ'9T goaeW'/epsinyl:NO fined'asnej)l:A8 O311Old Q a � H � � w W x H CaD o � Ho wrn � w C) - - m - 0wz W I a v) U _ H ! - Q LuLUQ ! tea/ _ � ;• {/—�.� H i--a ' " : ' .� , . "s f F4 w I� �Ic W j----I m•Aemp d IJOAIJ •/ W fi 'lu" o t F SCJ i \ �� �•+ a � � f t 3 4 � u�aOm �, i W . - C) F- L W Z t� WU � %o J ^, W CA 0 X r .0 O 3 O N- 0 M k � N H D C Q k T 00 O 6Mp•lLLn\OV3\pawlgwo3\sl!g14X3\Vd3\s6U[MeJ0\ZOO\u61saO\TS6T\006TOO\OOSuO-l}anpad\:9:H-LVd3lId WV TT:8:1V ZTOZ'Li U»eW'AePV3:NO Ined`asnej)4:A9 03110"ld o C) I r ' C/) z 2 J (D cL Q jai aa� az w m z Q U O Lu I[ 2 _ Aemyied t"ueH }�% u " it � 1 z 1 w ttO � C/) z C/1 z O �+ a V]qFx <J cn t 0 7 u M m c N c N Q T N O m O 6MP'SN9IS 3WVN 133N1S\(JVD\Pauigwo0\salqiqx3\y3D\s6wMeJp\Z00\u6isaO\TS6T\006T00\OOSuo npoadY9:H1Nd3lI3 WV 95 8 ltl LTOZ'LT Uu�eW'�pP[ad:NO Ined'asnej)4:A8 GILLOld 004243 DAP-BID PROPOSAL Pip 1 oF2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BIC Bidder's Application Project Item Information Biddees Proposal Bidlist Item No. Description Specification Section No. Unit of Bid Unit Price Bid Value Measure Quantity UNIT I:WATER 1 3311.0141 6"Water Pipe 33 11 10,33 11 12 LF 280 $21.00 $5,880.00 2 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 8430 $25.60 $215,808.00 3 3311.0341 10"Water Pipe 33 11 10,33 11 12 LF 1528 $32.00 $48,896.00 4 3311.0441 12"Water Pipe 33 11 10,33 11 12 LF 3490 $44.00 $153,560.00 5 3305.1104 24"Casing By Other than Open Cut 3311 10 LF 114 $430.00 $49,020.00 6 3305.2004 12"Water Carrier Pipe 33 05 24 LF 114 $72.00 $8,208.00 7 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 20 $3,950.00 $79,000.00 8 3312.4114 16"x 12"Tapping Sleeve&Valve 33 12 25 EA 1 $9,500.00 $9,500.00 9 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 1 $1,100.00 $1,100.00 10 3312.2003 1"Water Service 331210 FA 181 $950.00 $171,950.00 11 3312.3002 6"Gate Valve 33 12 20 FA 23 $940.00 $21,620.00 12 1 3312.3003 8"Gate Valve 33 12 20 EA 28 $1,310.00 $36,680.00 13 1 3312.3004 10"Gate Valve 331220 EA 3 $1,900.00 $5,700.00 14 3312.3005 12"Gate Valve 33 12 20 EA 9 $2,230.00 $20,070.00 15 3305.0003 8"Water Line Lowering 33 05 12 FA 9 $3,100.00 $27,900.00 16 3305.0004 10"Water Line Lowering 33 05 12 EA 1 4 $3,200.00 $12,800.00 17 3312.0001 Fire Hydrant 33 12 40 EA 23 $3,100.00 $71,300.00 18 3305.0116 Concrete Encasement For Utility Pipes 33 05 10 CY 3 $720.0=$942,524.80 19 3305.0109 Trench Safety 33 05 10 LF 13728 $0.1TOTAL UNIT I: WATER UNIT I-SEWER20 3331.3101 4"SewerService 333150 EA 181 $1,180.021 3331-4115 8"Sewer Pipe 33 11 10,33 31 12 LF 7447 $35.0 22 3331.4116 8"DIP Sewer Pipe,CSS Backfill 33 11 10,33 31 12 LF 40 $69.00 $2,760.00 23 3331.4201 10"Sewer Pipe 33 11 10,33 31 12 LF 1271 $45-00 $57,195.00 24 3331.4206 10"DIP Sewer Pipe,CSS Backfill 3311.10 LF 20 $81.00 $1,620.00 25 3305.0116 Concrete Encasement For Utility Pipes 33 05 10 CY 12 $720.00 $8,640.00 26 0241.1118 4"-12"Pressure Plug 0241 14 1 EA 2 $100.00 $200.00 27 3339.1001 4'Manhole 33 39 10,33 39 20 EA 38 $3,900.00 $148,200.00 28 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 EA 103 $150.00 $15,450.00 29 3339.1101 5'Manhole 33 39 10,33 39 20 EA 2 $6,640.00 $13,880.00 30 3339.1103 5'Exrta Depth Manhole 33 39 10,33 39 20 EA 14 $220.00 $3,080.00 31 3305.0112 Concrete Coilar 33 05 17 EA 1 $300.00 $300.00 32 3301.0101 lVacuum Manhole Testing 3301 30 EA 40 $110.00 $4,400.00 33 3339.0001 1 Epoxy Manhole Liner 33 39 60 VF 79 $200.00 $15,800.00 34 3301.0002 Post-CCTV Inspection 3301 31 LF 8778 $1.50 $13,167.00 35 3305.0109 ITrench Safety 33 05 10 1 LF . 8778 $1.001 $8,778.00 TOTAL UNIT I: SEWERI $767,695.00 UNIT 11:DRAINAGE 36 3349.5001 10'Curb Inlet 33 49 20 EA 22 $3,900.00 $85,800.00 37 3349.5003 20'-Curb Inlet 33 49 20 EA 4 $8,200.00 $32,800.00 38 3341.0201 21"RCP,Class III 3341 10 LF 678 $61.00 $41,358.00 39 3341.0205 24"RCP,Class III 3341 10 LF 1344 $69.00 $92,736.00 40 3341.0302 30"RCP,Class III 3341 10 LF 1016 $87.00 $88,392.00 41 3341.0309 36"RCP,Class III 3341 10 LF 966 $117.00 $113,022.00 42 1 3341.0402 42"RCP,Class III 3341 10 LF 374 $153.Q01 $57,222.00 43 1 3341.0409 48"RCP,Class III 3341 10 LF 379 $184.00 $69,736.00 44 3341.1202 5 x 4 Box Culvert 3341 10 LF 395 1 $286.001 $112,970.00 45 3341.1303 6 x 4 Box Culvert 3341 10 LF 25 $354.00 $8,850.00 46 9999.0001 Modified 7 x 6 Box Culvert(Drop Structure) 9999.0001 FA 2 $9,900.00 $19,800.00 47 3341.1404 7 x 6 Box Culvert 3341 10 LF 2578 $553.00 $1,425,634.00 48 3341.1501 8 x 4 Box Culvert 3341 10 LF 200 $470.001 $94,000.00 49 3341.1502 18 x 5 Box Culvert 3341 10 LF 105 $550.00 $57,750.00 50 3349.0001 4'Storm Junction Box 33 49 10 EA 4 $4,400.00 $17,600.00 51 3349.0003 6'Storm Junction Box 33 49 10 EA 3 $5,200.00 $15,600.00 52 3349.7001 4'Drop Inlet 33 49 10 EA 5 $4,800.00 $24,000.00 53 0241.3104 24"Storm Plug 0241 14 FA 1 $100.00 $100.00 54 0241.3110 42"Storm Plug 0241 14 1 EA 2 1 $300.00 $600.00 CITY OF FORT WORTH Tavolo Park-Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Pwiml No.100549 Forth Version September L 2015 B001951.W2 00 42 43 DAP-BID PROPOSAL Paga 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BI® Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Bid Unit Price Bid Value Measure Quantity 55 3349.0102 4'Manhole Riser 33 49 10 EA 2 $2,500.00 $5,000.00 56 3349.1002 21"Flared Headwall,1 Pipe 334940 EA 1 $2,100.00 $2,100.00 57 3349.1103 24"Flared Headwall,2 Pipes 33 49 40 EA 1 $7,000.00 $7,000.00 58 3349.1005 30"Flared Headwall,1 Pipe 33 49 40 EA 1 $3,000.00 $3,000.00 59 3349.1007 36"Parallel Headwall,1 Pipe 1 33 49 40 1 EA 1 1 1 $24,000.001 $24,000.00 60 3349.0001 Headwall,Box Culvert 33 49 40 1 CY 1 210 1 $800.001 $168,000.00 61 3137.0104 Medium Stone Riprap,Dry 31 3700 SY 1465 $56.001 $82,040.00 62 9999.0002 Galvanized Handrail 9999.0002 LF 325 $160.001 $52,000.00 63 3305.0109 Trench Safety 3305 10 LF 8060 $0-501 $4,030.00 64 3137.0101 Concrete Rip-Rap(Emergency Overflow) 31 3700 SY 378 $85.001 $32,130.00 TOTAL UNIT II: DRAINAGE $2,737,270.00 TOTAL UNIT I $1,710,219.80 TOTAL UNIT II $2,737,270.00 Total Construction Bidl $4,447,489.80 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 days. calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Title: JOFIN BURNS,PRESIDENT Company: BURNSCO CONSTRUCTION,INC. Address: BENBROOK,TEXAS 76132 END OF SECTION CITY OF FORT WORTH Tavola Park-Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Prejeet No.100549 Form Version September 1,2019 B001951.002 004243 DAP-BID PROPOSAL Page 1 of I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BI® Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Bid Unit Price Bid Value Measure Quantity UNIT II:PAVING 1 3211.0400 Hydrated Lime(36 lbs/sy 6"lime-48 lbs/sy 8"lime) 3211 29 TN 893 $155.00 $138,415.00 2 3211.0501 6"Lime Treatment 3211 29 SY 33851 $2.85 $96,475.35 3 3213.0102 6"Conc Pvmt 32 1313 SY 31636 $31.00 $980,716.00 4 3211.0502 8"Lime Treatment 3211 29 SY 11812 $2.851 $33,664.20 5 3213.0103 8"Conc Pvmt 32 13 13 SY 11039 $38.251 $422,241.75 6 3213.0301 4"Conc Sidewalk 32 1320 SF 63590 $5.451 $346,565.50 7 3213.0504 Barrier Free Ramp,Type M-2 32 1320 1EA 13 $1,900.00 $24,700.00 8 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 29 $1,70000 $49,300.00 9 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 21 1 1,950.00 $40,950.00 10 9999.0001 TxDot Type 6 Ramp 9999.0001 EA 4 $1,500.00 $6,000.00 11 9999.0002 TxDot Type 7 Ramp 9999.0002 EA 2 $1,500.00 $3,000.00 TOTAL UNIT II: PAVING1 $2,142,027.80 UNIT If:SIGNING AND PAVEMENT MARKINGS 12 3217.0003 4"BRK Pvmt Marking HAS(W) 32 17 23 LF 234 $1.30 $304.20 13 3217.0201 8"SLD Pvmt Marking HAS(W) 32 17 23 LF 1225 $2.75 $3,368.75 14 3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 504 $15.95 $8,038.80 15 3217.1002 Lane Legend Arrow 32 17 23 EA 12 $250.00 $3,000.00 16 3217.1004 Lane Legend Only 32 17 23 EA 6 $250.00 $1,500.00 17 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 10 $390.00 $3,900.00 18 1 3217.0001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 616 $1.30 $800.80 TOTAL UNIT II:SIGNING AND PAVEMENT MARKINGS $20,912.55 UNIT II:TRAFFIC CONTROL 19 1 3471.0001 ITraffic Control 3471 13 MO 1 1 $1,500.001 $1,500.00 TOTAL UNIT II: TRAFFIC CONTROLI $1,500.00 Bid Summary I TOTAL UNIT 11 $2,164,440.35 Total Construction Bid 1 $2,164,440.35 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 Fav, calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Title: DALE GILREATI3,PRESIDENT Company: GILCO CONTRACTING,INC. Address: BENBROOK,TEXAS 76132 END OF SECTION CITY OF FORT NORTH Tavolo Park-Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.100519 Form Version September 1.2015 8001951.002 00 42 43 DAP-MD PROPOSAL Page l er2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Bid Unit Price Bid Value Measure Quantity UNIT II:TRAFFIC SIGNAL 1 2605.0112 Install Elec Sery Pedestal 26 05 00 EA 1 $3,937.50 $3,937.50 2 2605.3015 2"Condt PVC SCH 80 26 05 33 LF 10 $13.50 $135.00 3 2605.3025 3"Condt PVC SCH 80 26 05 33 LF 75 $19.13 $1,434.75 4 2605.3026 3"Condt PVC SCH 80 ) 26 05 33 LF 415 $22.50 $9,337.50 5 3441.1001 3-Sect Signal Head Assrnbly 34 41 10 EA 12 $984.38 $11,812.56 6 3441.1011 Ped Signal Head Assrnbly 3441 10 EA 6 $759.38 $4,556.28 7 3441.1021 2"Ped Push BTN Station W/Sign 3441 10 EA 6 $393.75 $2,362.50 8 3441.1215 Furnish/Install Hybrid Detection System 3441 10 APR 4 $8,345.25 $33,381.00 9 3441.1217 Fumish/Install Hybrid Detection Cable 3441 10 LF 761 $2.98 $2,267.78 10 3441.1220 Furnish/Install Model 711 Preemption Detector 3441 10 EA 2 $1,850.63 $3,701.26 11 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 468 $1.41 $659.88 12 3441.1310 4/C 14 AWG Multi-Conductor Cable 3441 10 LF 60 $1.691 $101.40 13 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 525 $4.50 $2,362.50 14 3441.1320 61C 14 AWG Multi-Conductor Cable 3441 10 LF 394 $1.97 $776.18 15 3441.1321 9/C 14 AWG Multi-Conductor Cable 34 41 10 LF 275 $2.25 $618.75 16 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 LF 725 $1.41 $1,022.25 17 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 40 $1.69 $67.60 18 3441.1413 NO 6 Bare Elec Condr SLD 3441 10 LF 20 $1.69 $33.80 19 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 500 $1.41 $705.00 20 3441.1501 Ground Box Type B 3441 10 EA 3 $562.50 $1,687.50 21 3441.1502 Ground Box Type B,w/A ron 34 41 10 EA 2 $731.25 $1,462.50 22 3441.1503 Ground Box Type D,w/A ron 3441 10 EA 1 $843.75 $843.75 23 3441.1614 Furnish/install Type 44 Signal Pole 3441 10 EA 2 $4,066.88 $8,133.76 24 3441.1616 Furnisb/lnstall T e 46 Si a1 Pole 3441 10 EA 2 $6,298.88 $12,597.76 25 3441.I624 Furnish/Install Mast Ann 40'-48' 3441 10 EA 2 $3,864.38 $7,728.76 26 3441.1628 Install Mast Arm 52'-60' 3441 10 EA 2 $5,990.63 $11,981.26 27 3441.1704 TY 4 Signal Foundation 3441 10 EA 2 $3,937.50 $7,875.00 28 3441.0000 TY 5 Signal Foundation 3441 10 EA 2 $4,275.00 $8,550.00 29 1705.0000 Signal Controller Foundation 344110 EA 1 $2,812.50 $2,812.50 30 3441.1724 Install Controller&Cabinet,Ground MNT 3441 10 EA 1 $21,215.25 $21,215.25 31 3441.4001 Furnish/Install Alum Sign Mast Ann Mount 34 41 30 EA 1 6 $606.251 $3,037.50 TOTAL UNIT II: TRAFFIC SIGNALI $167,199.03 UNIT If:STREET LIGHTING 31 3441.3002 Rdwy Ilium Assmbly TY 8,11,D-25 and D-30 Powder Coated in RAL-9017 Traffic Black 344120 EA 50 $2,010.00 $100,500.00 32 3441.3003 Rdwy Illum Assmbly TY 18,18A,19 and D-40 34 41 20 EA 8 Powder Coated in RAL-9017 Traffic Black $2,585.00 $20,680.00 33 3441.3110 Install Lighting Fixture 34 41 20 EA 66 $125.00 $8,250.00 34 3441.3201 LED Lighting Fixture 34 41 20 EA 66 $562.501 $37,125.00 35 3441.3301 Rdwy Ilium Foundation TY 1,2 and 4 34 41 20 EA 50 $1,050.00 $52,500.00 36 3441.3302 Rdwy Ilium Foundation TY 3,5,6 and 8 34 41 20 EA 8 $1,200.00 $9,600.00 37 3441.3404 2-2-2-4 Quad lex Alum Elec Conductor 34 41 20 LF 2424 $3.00 $7,272.00 38 3441.1317 #6 XHHW Black Conductor 3441 10 LF 9021 $1.00 $9,021.00 39 3441.1501 Ground Box Type B 3441 10 EA 8 $450.00 $3,600.00 40 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 5431 $12.00 $65,172.00 TOTAL UNIT II: STREET LIGHTING1 $313,720.00 Bid Summary TOTAL UNIT 11 $480,919.03 Total Construction Bid $480,919.03 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 days calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Title: WESLEY SAYLORS,PRESIDENT Company: C&S UTILITY CONTRACTORS,INC. Address: ARLINGTON,TEXAS 76001 CITY OF FORT WORTH T-IoAvk-Hams Perk-y STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S-DEVELOPER AWARDED PROJECTS CityPmiect No.100424 Foml Version September 1,2015 8001951.004 004243 DAP-BIDPROPOSAL Fig.2 oft SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit ofBid Unit Price Bid Value Measure Quanuty END OF SECTION CITY OF FORT WORTH Tnml.Pod-Homs Porjawy STANDARD CONSTRUCTION SPECIFICATIONDOCUN%WrS-DEVELOPER AWARDED PROJECTS City Proje.t No.100424 Form Version September 1,2015 B001951.004 004243 DAP-BID PROPOSAL Page I of I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Unit of I Bidlist Item No Description Specification Section No Measure Q Bid pty Umt Pnce BId Value UNIT 1:WATER 1 3311.0241 8"Water Pipe 3311 10,33 11 12 LF 25 $29.60 $740.00 2 3311.0441 12"Water Pine 33 11 10,3311 12 LF 1484 $53.00 $78.652.00 3 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 5.2 $3.90000 $20,280.00 4 3312.0108 Connection to Existing 24"Water Main 33 12 25 EA 1 $3,800-00, $3,800.00 5 3312.2103 1 1/2"Water Service 33 12 10 EA 3 $1.900.00, $5,700=i 6 3311.0041 4"Water Pipe 33 11 10,33 11 12 EA 8 $24.00 $192.00 6 3312.3001 4"Gate Valve 33 12 20 EA 1 I $600.00 4600,00 7 3312.3003 B"Gate Valve 33 12 20 EA 3 $1,400.00 $4.200.00 8 3312.3005 12"Gate Valve 33 12 20 EA 7 $2.400.00 $16.800.00 9 33124211 24!'x 12"Tapping Sleeve&Valve 33 12 25 EA 1 $11.300.00 $11,300.00 10 9999.0002 Automatic Flusher 9999.0002 EA 1 $4.350.00 $4,350.00 11 3305.0109 Trench Safety 1 330-510 1 LF 1509 $0.50 $754.50 TOTAL UNIT 1: WATER $147,368.50 UNIT F.SEWER 12 3305.1104 24"Steel Casing Pipe By Other Than Open Cut 33 05 22 LF 200 $675.00 $135,000.00 13 3331.4208 12"Sewer Pipe 33 11 10,31 31 12 LF 5 $4.5.00 $225.00 14 3305,3004 12"Sewer Carrier Pipe 33 05 24 LF 248 $71.00 $17.608.00 15 3339.1001 4'Manhole 33 39 10,33 39 20 EA 1 $3,300-00 $3,300-00 16 3301.0101 Vacuum Manhole Testing 3301 30 EA 1 $200.00 $200.00 17 3301.0002 Post-CCN Inspection 3301 31 LF 253 $2.40 $607.20 18 3305.0109 ITrench Safety 33 05 10 1 LF 53 $6.00,1 $318.00 TOTAL UNIT is SEWER $157,258.20 UNIT 0:DRAINAGE 19 3341.0201 21"RCP,Class 111 3341 10 LF 467 $64.001 $29.888.00 20 3341.0205 24"RCP,Class 111 3341 10 LF 286 $72.00 $2-0,592.00 21 3341.0302 30"RCP.Class III 3341 10 LF 704 $89.001 $62.656.00 22 3341.0309 36"RCP,Class 111 3341 10 LF 74 $11900 $8,806-00 23 3349 0001 4'Storm Junction Box 33 49 10 EA 3 $4400.00 $13,200.00 24 3349.5001 10'Curb Inlet 33 49 20 EA 8 $3,900.00 $31,200.00 25 3305.0109 Trench Safety 33 05 10 LF 1531 $0 50 $765.50 TOTAL UNIT ll: DRAINAGE $167,107.50 TOTAL UNIT 1 3304,626.70 TOTAL UNIT If $167,107.50, Total Construction aldl 3471,734.20i Contractor agrees to complete WORK for FINAL ACCEPTANCE within W da}s calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Title JOHN BURNS,PRESIDENT Company. BURNSCO CONSTRUCTION,INC Address BENBROOK,TEXAS 76132 END OF SECTION CITY OF FORT WORTH Tacoto Park.Hams Palkl,ol STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROIECTS City Project No A00424 Fonn Version September t,20 13 6001951 004 Jo 47 13 DAP-610?ROPOSAL Pagc I"1 I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidhst Item No Description Specification Section No Unit of Bid Unit Pnce Bid Value Measure Quantity UNIT II:REMOVAL 1 0241.0100 Remove Sidewalk 0241 13 SF 550 $1.50 $625.00 2 0241.0300 Remove ADA Ramp 0241 13 EA 2 $500.00 $1,000,00 3 0241.0500 lRemove Fence 0241 13 LF 121 $1.0.00 $1,210.00 4 1 0241.1300 IRemove Conc Curb&Gutter 0241 15 LF 1025 $10.00 $10,250.00 5 1 3217.4402 lRemove Lane Legend Arrow 32 17 23 EA 1 $50 GO $50.00 6 3217.4404 IRemove Lane Legend Only 32 17 23 EA 1 $5000 $5000 TOTAL UNIT II:REMOVAL $13,38500 UNIT 11:PAVING HARRIS PKWY) 7 3211 0400 Hydrated Lime(36lbsisy) 32 11 29 TN 138 $15500 S?1:3900n 8 3211 0502 8"Lime Treatment 3211 29 SY 7674 $3.60 $27,62640 9 3213.0103 1 B"Conc Pvmt 32 13 13 SY 7149 $44.75 .9;319,917.75 10 3213.0505 Barrier Free Ramp.Type M-3 32 13 20 EA 1 62,200 Oct $2,200-00 11 3213.0301 4"Conc Sidewalk 32 13 20 SF 11648 $475, $55.328.00 12 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 11 $1,70000 $18,700.00 13 1 3213.0510 Barrier Free Ramp,Type C-3 32 13 20 EA 1 $1,200 00 $1200 00 14 1 2605.3015 2"Condi PVC SCH 80(T) 26 05 33 LF 485 S115001 $727500 15 2605 3031 4"Condt PVC SCH 40(T) 26 05 33 LF 63 $15,00 $94500 TOTAL UNIT II: PAVING(HARRIS PARKWAY) $454,582.15 UNIT II:PAVING DIRKS RD HOODED LEFT TURNS) 16 1 3211.0400 JHydrated Lime 3211 29 1 TN 17 1 $155.001 $2,63500- 17 3211.0502 8"Lime Treatment 3211 29 1 SY 1104 S3.601 $3,974.40, 18 3213.0106 111"Conc Pvmt 32 13 13 1 SY 1005 $66901 $67,234 50 TOTAL UNIT II: PAVING DIRKS RD HOODED LEFT TURNS) $73,843.90 UNIT II:SIGNING AND PAVEMENT MARKINGS 19 3217.0003 4"BRK Pvmt Marking HAS(1M 321723 LF 12 $1,301 $15.60 20 3217.0201 8"SLD Pvmt Marking HAS(W) 32 17 23 LF 909 $2.75 $2,499,75. 21 3217.0501 24"SLD Pvmt Marking HAE 000 32 17 23 LF 572 $15.95 $9.123.40 22 3217.1002 Lane Legend Arrow ( 32 17 23 EA 1 $250.00 S25000 23 3217 2102 REFL Raised Marker TY I-C 32 17 23 EA 48 $4,95 S237.60 24 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 10 $390.00 $3.90000 25 9999.0001 End of Road Barricade 9999.0001 LF J 32 $50.00 $1,600.00 TOTAL UNIT 11:SIGNING AND PAVEMENT MARKINGS $17,626.35 UNIT II:TRAFFIC CONTROL 26 1 3471.0001 ITraffic Control 3471 13 1 MO 1 1 1 $2.500001 $2,500.00 TOTAL UNIT It: TRAFFIC CONTROLI $2.500.00 Bid Summary I TOTAL UNIT 11 $561,937.40 Total Construction Bid 1 $561,937,40 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 days �calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Titley DALE GILREATEI,PRESIDENT Company GILCO CONTRACTING,INC Address: BE•NBROOK,TEXAS 76132 END OF SECTION CrTr OF FORT wORTI{ Yawl.Park-Hams Park-, Sl ANDARD CONS IRUCTION SPECIFICATION UOCIJMIT`a1 -DEV F.LOPER AWAR UCD PROJECTS C:ip Prmrccr No Ian424 Fom,Wr---mn Scpmmhcr 1.2015 60,1175;19N 00 42 43 DAP-BID PROPOSAL Pagc I ar I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BIS? Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification Section No Unit of Bid Unit Price Bid Value Measure Quantity UNIT II:TRAFFIC SIGNAL 1 3441.1001 3-Sect Signal Head Assnibly 3441 10 EA 6 $984.00 $5.904.00 2 3441.101.1 Ped Signal Head Assmbly 3441 10 EA 2 $759.00 $1,518.00 3 3441.1021 2"Ped Push BTN Station W/Sig_n 3441, 10 EA 2 $394.00 $788.00 4 3441.1215 Furnish/Install Hvbrid Detection Svstem 3441 10 APR l $33 381.00 $33,381.00 5 3441.1217 Fumish/lnstall Hvbrid Detection Cable 34 41 10 LF 180 $2.98 $536.40 6 3441.1220 Fumish/Install Model 711 Preemption Detector 3441 10 EA 4 $1,851.00 $7,404-00 7 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 195 $1.41 $274.95 8 3441.1320 6/C 14 AWG Multi-Conductor Cable 3441 10 LF 266 $1.97 $524.02 9 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 LF 200 $1.41 $282.00 10 3441.1323 4/C 14 AWG Multi-Conductor Cable 3441 10 LF 180 $1.69 $304.20 11 3441.1624 Fumish/Install Mast Arm 40'-48' 3441 10 EA 1 $9,348.00 $9,348.00 12 34413110 Install Lighting Fixture 3441 20 EA 2 $141.001 $282.00 13 3441 3201 LED Lighting Fixture 34 41 20 EA 2 $562.50 $1.125.00 14 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 3441 30 EA 2 $566.251 $11012.50 15 9999.0007 Salvage Lighting Fixture 34 41 20 EA 2 $112.501 $225.00 16 1 9999.0008 Remove Signal Head Assembly_ 3441 10 EA 4 $27_5.04 1 $900.00 TOTAL UNIT II: TRAFFIC SIGNAL 1 $63,809.07 UNIT If:STREET LIGHTING 17 2605.0112 Install Elec Sery Pedestal_ ) 26 05 00 EA 1 $5,500-00 $5,500.00 18 2605.3015 2"CONDT PVC SCH 80( 26 05 33 LF 1365 S10-50 $14,332,50 19 3441.1405 NO 2 lnsulated Elec Condr 3441 10 LF 75 $3.00 $225.00 20 3441.1502 Ground Box Type B.w/Apron 3441 10 EA 10 $475.00 $4.750.00 21 3441.3003 Rdwv Ilium Assmbly TY 1&18A19,and D-40 34 41 20 EA 7 $2,585-00 $18 095.00 22 1.3110 Install Lighting Fixture 3441 20 EA 14 $125.00 $1,760= 23 3441 3201 LED Li hting Fixture 34 41 20 EA 1 14 1 $750.001 $10,500.00 24 3441 3302 Rdwv Mum Foundation TY 3-5.6;and 8 3441 20 1 EA 1 7 $1200.001 $8,400.00 25 3441.3404 1 2-2-2-4 Ouadnlex Alum Elec Conductor 34 41 20 LF 1 1340 $3.aol $4,020.00 $67,572.50 Bid Summary TOTAL UNIT 11 $131,381.57 Total Construction Bid $131,381.57 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 Jays calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Title. WESLEY SAYLORS,PRESIDENT Company C&S UTILITY CONTRACTORS,INC Address: ARLINGTON,TEXAS 76001 END OF SECTION CITY OF FORT WORTH Tavolo Park•Hams Pa k-) STANDARD CONSTRUCTION SPFCIFrCATION DOCUMENTS•DEVELOPER AWARDED PROJECTS City ProJW No itk1424 Forth W-n SeplemWr i 2015 1001151 Kw